Federal Bid

Last Updated on 18 Feb 2012 at 9 AM
Combined Synopsis/Solicitation
New jersey

Fire Fighter Uniforms

Solicitation ID F3A3Q31323A001R
Posted Date 19 Jan 2012 at 12 PM
Archive Date 18 Feb 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4484 87 Cons Lgc
Agency Department Of Defense
Location New jersey United states
 

This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Quoters are responsible for monitoring this site for the release of any amendments or other pertinent information.

This solicitation will be issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation part 12 and 13 under the solicitation number: F3A3Q31323A001R.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2010-0810, and Air Force Acquisition Circular (AFAC) 2010-0402.

The North American Industry Classification System (NAICS) code 448190 and the business size standard is $7.0M.  This solicitation is 100% set-aside for small businesses IAW FAR 52.219-6.

This requirement will involve scheduled visits to Joint Base McGuire-Dix-Lakehurst, NJ to measure, size and/or fit each employee to ensure the proper fit of the uniform.  Since this requirement involves clothing, the Berry Amendment will apply.  The contractor shall provide complete uniforms for one hundred and six (106) firefighters and officers assigned to the Fire and Emergency Services Flight at Joint Base McGuire Dix Lakehurst, New Jersey.  The scope of work includes, but is not limited to the sizing and fitting of uniforms, custom embroidery, alterations, sewing of insignia, packaging and delivery of uniforms.  Additionally, the clothing must be NFPA (National Fire Protection Association) compliant.  Please review the Statement of Work (SOW) and SOW Addendum attached to this solicitation for additional information.  All quotes must be submitted on the attached SOW Addendum.

This RFQ contains  five (5) line items for the following commodity. The items are to be firm fixed priced in accordance with the Statement of Work.  This requirement is for a Base Period, plus 4 option periods. 

 

This combined synopsis/solicitation is for the following item:         

CLIN  Description                                   Qty   Unit       Period of Performance

0001  Firefighter Uniforms - Base Period    1    Lump      1 Feb 12 - 30 Sep 12
                                                                   Sum

1001  Firefighter Uniforms - Option 1         1    Lump      1 Oct 12 - 30 Sep 13
                                                                   Sum

2001  Firefighter Uniforms - Option 2         1    Lump      1 Oct 13 - 30 Sep 14
                                                                   Sum

3001  Firefighter Uniforms - Option 3         1    Lump      1 Oct 14 - 30 Sep 15
                                                                   Sum

4001  Firefighter Uniforms - Option 4         1    Lump      1 Oct 15 - 30 Sep 16
                                                                   Sum

         BRAND NAME OR EQUAL ONLY  
        
See attached Statement of Work and Addendum 

Delivery will be to McGuire Air Force Base, 1712 Fire Lane, Joint Base McGuire-Dix-Lakehurst, NJ  08641.

The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition.

The FAR provision 52.212-2 Evaluation - Commercial Items (Jan 1999); Does apply to this acquisition

The FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2008) with Alternate I. A Quoter shall complete only paragraphs (b) of this provision if the Quoter has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an Quoter has not completed the annual representations and certifications electronically at the ORCA website, the Quoter shall complete only paragraphs (c) through (m) of this provision.

FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007)

FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008), is applicable to this procurement along with the following addenda. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil.

52.202-1          Definitions
52.204-7          Central Contractor Registration
52.217-5          Evaluation of Options
52.219-6          Notice of Total Small Business Set-Aside
52.219-28        Post Award Small Business Program Representation (Jun 2007)
52.222-3          Convict Labor (Jun 2003)
52.222-21        Prohibition of Segregated Facilities (Feb 1999)
52.222-26        Equal Opportunity (Mar 2007)
52.222-36        Affirmative Action for Workers with Disabilities (Jun 1998)
52.222-50        Combating Trafficking in Persons (Aug 2007)
52.225-1          Buy American Act-Supplies
52.225-2          Buy American Act Certificate (Full Text)
52.225-13        Restrictions on Certain Foreign Purchases (Feb 2006)
52.232-33        Payment by Electronic Funds Transfer - Central
                          Contractor Registration (Oct 2003)
52.233-4          Applicable Law for Breach of Contract Claim
52.247-34        F.O.B. Destination
52.252-1          Solicitation Provisions Incorporated By Reference (Full Text)
252.203-7002   Requirement to Inform Employees of Whistleblower Rights
252.212-7000   Offeror Representations and Certifications-Commercial Items
252.225-7001   Buy American Act And Balance of Payment Requests and
                          Receiving
252.232-7010   Levies on Contract Payments (Dec 2006)
252.247-7022   Representation of Extent of Transportation of Supplies By Sea

Questions:  Questions may be submitted until 1630 hrs (4:30pm), Eastern Standard Time (EST), Monday,  23 Jan 12.  Submission may be made to Jeffrey Suozzi via email to [email protected] or phone  at (609) 754-3008 or (215) 498-4098 (Cell).  Questions must reference the solicitation number.

Due date, time and method of response:  All quotes are due on or before 1230 hrs (12:30pm), Eastern Standard Time (EST), Wednesday,  25 Jan 12. Electronic quotes are acceptable.  Submission may be made via email to [email protected] or via facsimile at (609) 754-3735, Attn:  Jeffrey Suozzi.  Quotes must reference the solicitation number.

In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations:

A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred.

All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil.

Bid Protests Not Available

Similar Past Bids

Maxwell Indiana 19 Aug 2011 at 12 AM
Location Unknown 04 Aug 2011 at 8 AM
Fairfield Pennsylvania 12 Sep 2012 at 12 PM
Location Unknown 19 Aug 2010 at 4 AM
Eielson air force base Alaska 14 Jul 2017 at 5 PM

Similar Opportunities

Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Robins air force base Georgia 10 Dec 2025 at 9 PM
Robins air force base Georgia 10 Dec 2025 at 9 PM
Robins air force base Georgia 10 Dec 2025 at 9 PM